Global Supply OCONUS Logistics Operations Support Solutions in United States Indo-Pacific Command - HAWAII
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The General Services Administration (GSA) is soliciting proposals for Global Supply OCONUS Logistics Operations Support Solutions in the United States Indo-Pacific Command (INDO-PACOM) Hawaii Area of Responsibility (AOR). This Firm-Fixed-Price (FFP), Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ) contract aims to establish a global supply chain solution for Federal and Department of Defense (DoD) consumers, providing commercial items such as office supplies, tools, hardware, housewares, and cleaning products. This opportunity is a Historically Underutilized Business (HUBZone) Set-Aside. Proposals are due March 18, 2026, at 10:00 AM EST.
Scope of Work
The selected contractor will be responsible for sourcing, procuring, warehousing, and delivering a broad range of commercial supply items. Key requirements include:
- Delivery of National Stock Number (NSN) items within 3 business days of order receipt in Hawaii.
- Maintaining dedicated warehouse facilities in Hawaii, with the capability to scale operations for surge and contingency requirements (30% surge capacity per NSN, potentially CONUS sourced).
- Compliance with Domestic Sourcing Restrictions, Trade Agreements Act (TAA), AbilityOne, and UNICOR mandatory source requirements.
- Providing an e-portal for GSA and customers to view shipment information, stock levels, and compliance data.
- Assuming no transition inventory will be provided and fully financing the initial inventory build within 120 days to achieve Full Operational Capability.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), Single Award, Indefinite Delivery/Indefinite Quantity (IDIQ).
- Period of Performance: One 1-year base period and six (6) 1-year option periods, totaling up to seven (7) years.
- Estimated Value: Maximum value/ceiling of $54,503,023. Guaranteed minimum dollar amount is $20,000.
- NAICS Code: 493190 with a size standard of $36.5 million.
- Set-Aside: Exclusively for Small Business Historically Underutilized Business (HUBZone) contractors.
Key Requirements & Logistics
Bidders must demonstrate robust Cyber Supply Chain Risk Management (C-SCRM) practices, completing templates for a C-SCRM Plan (Attachment 8) and Questionnaire (Attachment 9) aligned with NIST SP 800-161. Specific security controls (Attachment 10) related to training, physical access, and personnel security, referencing NIST SP 800-53, must also be addressed. Detailed guidance on packing list and documentation, referencing MIL-STD-129R (Attachment 6), is critical for compliance. Attachment 1 provides historical NSN demand data, and Attachment 7 lists potential military installation locations in Hawaii.
Submission & Evaluation
- Proposals Due: March 18, 2026, at 10:00 AM EST.
- Evaluation: Best-value tradeoff process. Non-price factors (Technical Excellence, Operational Quality Assurance, Live Test Demonstration, and Past Performance) are significantly more important than price.
- Eligibility: Offerors must be registered in SAM.gov and meet HUBZone certification requirements.
- Attachment 4: Not available on SAM.gov due to file size; interested parties must contact the GSA Points of Contact to request it.
Contact Information
- Primary: Anita Kearse (anita.kearse@gsa.gov)
- Secondary: Alyssa Marley (Alyssa.Marley@gsa.gov)